SGFO Recreation Sites Janitorial Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Land Management (BLM), under the Department of the Interior, has issued a Solicitation (RFQ) for Janitorial Services at various SGFO Recreation Sites in Washington County, St. George, UT. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a Firm Fixed Price (FFP) contract. Quotes are due by Friday, February 20, 2026, at 12:00 PM MST.
Scope of Work
The contractor will provide comprehensive janitorial services for 25 developed recreation sites, including 26 vault toilets, 2 composting toilets, 2 plumbed restrooms, and 1 historical building. Specific sites include Sand Mountain OHV Area, Bearclaw Poppy Trailhead, and Red Cliffs Campground. Services encompass cleaning, maintenance, and restocking of supplies, with detailed cleaning schedules varying by season and location. The contractor must furnish all labor, equipment, and supplies, including specific types of toilet paper and water, with a preference for bio-based and EPA-designated cleaning materials.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ)
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Period of Performance: A base year (March 1, 2026 - February 28, 2027) with four 12-month option years, extending through February 28, 2031.
- Questions Due: Tuesday, February 17, 2026, 12:00 PM MST
- Quotes Due: Friday, February 20, 2026, 12:00 PM MST
- Published Date: February 13, 2026
Evaluation Factors
Award will be made to the responsible vendor whose quotation is most advantageous to the Government, considering price and other factors. Evaluation will be based on:
- Technical Approach (Pass/Fail): Includes hiring/retention plan, quality control plan, and description of equipment/supplies.
- Past Performance: At least three similar projects completed within the last five years.
- Price: Submitted via the attached Bid Schedule.
Additional Notes
- A site visit is strongly recommended to understand the geographical spread and specific needs of the locations.
- Offerors must have an active System for Award Management (SAM) registration.
- Quotations are limited to 10 pages, with technical appendices and resumes not permitted. Past performance information is limited to one page per record.
- The Quality Assurance Surveillance Plan (QASP) details how contractor performance will be monitored, emphasizing results-based evaluation and potential deductions for unmet standards.
- A Wage Determination is included, outlining minimum wage rates and fringe benefits for various occupations, which bidders must incorporate into their pricing.
- The Bid Schedule (Attachment 1) is critical for submitting pricing proposals for each line item across all years.